241
ALLIANT 2 GWAC UNRESTRICTED MASTER CONTRACT CONFORMED CONTRACT November 2017

ALLIANT 2 GWAC UNRESTRICTED MASTER CONTRACT · I.2 FAR 52.252‐2 CLAUSES INCORPORATED BYREFERENCE (FEB 1998) ..... 115 I.2.1 Acquisition of Commercial Items..... 130 I.2.1.1 GSAR

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

  •  

    ALLIANT 2 GWAC UNRESTRICTED

    MASTER CONTRACT

    CONFORMED CONTRACT November 2017

  •  

          

          

      

          

            

        

        

            

     

            

          

          

       

      

        

              

          

     

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    TABLE OF CONTENTS

    TABLE OF CONTENTS ...................................................................................................... i SECTION A ‐ CONTRACT Standard Form 33 Solicitation, Offer and Award .....................1 SECTION B ‐ SUPPLIES OR SERVICES AND PRICES/COSTS ............................................... 2

    B.1 GENERAL........................................................................................................................ 2 B.2 AUTHORITY .................................................................................................................... 2 B.3 ECONOMY ACT .............................................................................................................. 3 B.4 MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT GUARANTEE...................... 3 B.5 PERFORMANCE BASED PREFERENCE .............................................................................. 4 B.6 LABOR CATEGORIES (LCAT or LCATs) .............................................................................. 4

    B.6.1 Three Labor Category Types .......................................................................................... 4 B.6.1.1 Standard IT Service Labor Categories ......................................................................... 5 B.6.1.2 Non‐Standard IT Service LCATs................................................................................... 6 B.6.1.3 Ancillary Service Labor Categories ............................................................................. 6 B.6.2 Applicability of Labor Category Types and Maximum Rates ......................................... 7 B.6.3 Process to add Standard IT Service LCATs to the Master Contract ............................... 7

    B.7 LABOR SUBJECT TO THE WAGE RATE REQUIREMENTS (CONSTRUCTION) ........................ 8 B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR STANDARDS (SCLS) ........................ 8 B.9 TASK ORDER CONTRACT TYPES ...................................................................................... 8

    B.9.1 Requirements Contract Type......................................................................................... 9 B.9.1.1 Distinction of a Requirements Contract to Other Contract Types and Agreements 10 B.9.1.2 Additional Terms and Conditions for Requirements Contract Type for Commercial Items ..................................................................................................................................... 11

    B.10 ORDER TYPE PREFERENCE .......................................................................................... 11 B.11 TASK ORDER PRICING (ALL ORDER TYPES) .................................................................. 12

    B.11.1 Fixed Price .................................................................................................................. 12 B.11.2 Cost Reimbursement ................................................................................................. 12 B.11.3 Incentive .................................................................................................................... 13 B.11.4 Award Fee.................................................................................................................. 13 B.11.5 Time‐and Material and Labor Hour Contract Types .................................................. 13 B.11.5.1 Maximum Rates for Time‐and‐material and Labor Hour Contract Types .............. 14 B.11.5.2 Payments Under Time‐And‐Material And Labor‐Hour Orders............................... 15

    B.12 TRAVEL PRICING (ALL ORDER TYPES) .......................................................................... 16 B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS) .................................. 16 B.14 GWAC CONTRACT ACCESS FEE (CAF) .......................................................................... 17

    SECTION C ‐ CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT ...18 C.1 SCOPE OF WORK OBJECTIVE ......................................................................................... 18 C.2 SCOPE OF WORK OVERVIEW ........................................................................................ 18 C.3 FOUNDATION OF THE SCOPE OF WORK ........................................................................ 20

    C.3.1 FEA Reference Model Detailed Descriptions............................................................... 22 C.4 COMPONENTS OF AN IT SOLUTION .............................................................................. 32

    C.4.1 Infrastructure............................................................................................................... 33 C.4.1.1 Service Access and Delivery ...................................................................................... 34 C.4.1.2 Service Platform and Infrastructure ......................................................................... 34

    i

  •              

      

        

            

          

             

        

        

          

         

        

      

        

        

      

       

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    C.4.1.3 Component Framework ............................................................................................ 34 C.4.1.4 Service Interface and Integration ............................................................................. 35 C.4.2 Application Services..................................................................................................... 35 C.4.2.1 Customer Services .................................................................................................... 36 C.4.2.2 Process Automation ................................................................................................. 36 C.4.2.3 Business Management.............................................................................................. 36 C.4.2.4 Digital Asset Services ................................................................................................ 37 C.4.2.5  Business Analytical Services..................................................................................... 37 C.4.2.6 Back Office Services .................................................................................................. 38 C.4.2.7  Support Services ...................................................................................................... 38 C.4.2.8 DoD IEA Mission Area Support ................................................................................. 39 C.4.3 IT Management Services ............................................................................................. 39 C.4.3.1 Controls and Oversight ............................................................................................. 40 C.4.3.2 Risk Management and Mitigation ............................................................................ 40 C.4.3.3 Regulatory Development .......................................................................................... 40 C.4.3.4 Planning and Resource Allocation ............................................................................ 40 C.4.3.5 IT Security ................................................................................................................. 41 C.4.3.6 System and Network Controls .................................................................................. 41 C.4.4 Cloud Computing ......................................................................................................... 42 C.4.5 Big Data & Big Data Analytics ...................................................................................... 43

    C.5 ANCILLARY SUPPORT: SERVICES, SUPPLIES AND CONSTRUCTION ................................. 45 C.6 CONTRACT SECURITY REQUIREMENTS ......................................................................... 45 C.7 PERFORMANCE WORK STATEMENT (PWS) ................................................................... 45

    C.7.1 Master Contract PWS .................................................................................................. 45 C.7.1.1 Master Contract PWS and Goals for Contractor Engagement ................................. 46 C.7.1.2 Master Contract PWS for Small Business Subcontracting ........................................ 47 C.7.2 Task Order PWS ........................................................................................................... 47

    C.8 INNOVATIVE SOLUTIONS ............................................................................................. 47 C.9 SERVICES NOT IN SCOPE ............................................................................................... 47 C.10 SCOPE REFERENCES AND RESOURCES ......................................................................... 48

    SECTION D ‐ PACKAGING AND MARKING .................................................................... 49 D.1 PRESERVATION, PACKAGING, PACKING, AND MARKING .............................................. 49 D.2 PACKING LIST............................................................................................................... 49 D.3 UNCLASSIFIED AND CLASSIFIED MARKING ................................................................... 49 D.4 SOFTWARE AND MAGNETIC MEDIA MARKINGS ........................................................... 50

    SECTION E ‐ INSPECTION AND ACCEPTANCE ................................................................ 51 E.1 FAR 52.252‐2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ............................... 51 E.2 CONTRACTING OFFICER REPRESENTATIVE .................................................................... 52 E.3 INSPECTION AND ACCEPTANCE .................................................................................... 52

    E.3.1 General Acceptance Criteria ........................................................................................ 53 E.4 MASTER CONTRACT QUALITY ASSURANCE ................................................................... 53

    SECTION F ‐ DELIVERIES OR PERFORMANCE ................................................................ 54 F.1 FAR 52.252‐2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ............................... 54 F.2 MASTER CONTRACT ORDERING PERIOD ....................................................................... 55 F.3 TASK ORDER PERIOD OF PERFORMANCE ...................................................................... 56

    F.3.1 Master Contract and Task Order Period of Performance And Period of Ordering...... 56

    ii

  •     

        

         

       

        

            

       

        

               

       

          

          

               

        

        

          

        

      

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    F.4 TASK ORDER TRANSITION PLANS.................................................................................. 57 F.5 PLACE OF PERFORMANCE ............................................................................................. 57 F.6 PERFORMANCE STANDARDS UNDER THE ALLIANT 2 MASTER CONTRACT ..................... 58 F.7 PERFORMANCE AND DELIVERABLES ............................................................................. 58

    F.7.1 Performance‐based Acquisition Deliverables .............................................................. 58 F.7.2 Non‐Performance‐based Acquisition Deliverables ...................................................... 58

    SECTION F.7‐TABLE OF DELIVERIES OR PERFORMANCE ...................................................... 59 F.8 TASK ORDER NOTICE TO THE GOVERNMENT OF DELAYS............................................... 62

    SECTION G ‐ CONTRACT ADMINISTRATION DATA ....................................................... 63 G.1 GENERAL ..................................................................................................................... 63 G.2 AUTHORIZED AGENCIES AND DELEGATION OF PROCUREMENT AUTHORITY ................ 63

    G.2.1 Authorized Agencies.................................................................................................... 63 G.2.2 Delegation of Procurement Authority ........................................................................ 63

    G.3 AGENCY OMBUDSMAN................................................................................................ 64 G.4 ROLES AND RESPONSIBILITIES ...................................................................................... 65

    G.4.1 GWAC Procuring Contracting Officer (PCO) ................................................................ 65 G.4.2 GSA GWAC Contracting Administrative Contracting Officer (ACO) ............................ 65 G.4.3 GSA GWAC Program Manager .................................................................................... 65 G.4.4 GSA GWAC Contracting Officer’s Representative (COR) ............................................. 67 G.4.5 GSA GWAC Quality Assurance Evaluators ................................................................... 68

    G.5 DIRECT ACQUISITION AND ASSISTED ACQUISITION ...................................................... 68 G.6 TASK ORDER ORDERING CONTRACTING OFFICER (OCO) ............................................... 68 G.7 TASK ORDER CONTRACTING OFFICER’S REPRESENTATIVE (COR) .................................. 69 G.8 CONTRACTOR PROGRAM MANAGER AND CONTRACTS MANAGER FOR THE GWAC MASTER CONTRACT ........................................................................................................... 69 G.9 ELECTRONIC ACCESS TO CONTRACT ............................................................................. 71 G.10 CONTRACTOR WEB PAGE........................................................................................... 71 G.11 INSURANCE ............................................................................................................... 73

    G.11.1 Defense Base Act Insurance (DBAI) ........................................................................... 73 G.12 STANDARD IT SERVICE LABOR CATEGORY CROSS‐WALK MATRIX ............................... 74 G.13 MEETINGS AND CONFERENCES .................................................................................. 75

    G.13.1 Post‐Award Conference ............................................................................................ 75 G.13.2 Meetings and Conferences ....................................................................................... 75 G.13.2.1 Mandatory Contractor Meetings and Conferences ............................................... 75 G.13.2.2 Optional Contractor Meetings and Conferences ................................................... 76

    G.14 ELECTRONIC GOVERNMENT ORDERING SYSTEM ........................................................ 77 G.14.1 Electronic Communications ...................................................................................... 78

    G.15 GSA CLIENT AGENCY TASK ORDER ORDERING PROCEDURES ...................................... 78 G.15.1 Ordering Regulations................................................................................................. 78

    G.16 FAIR OPPORTUNITY ................................................................................................... 79 G.17 ORDER INFORMATION ............................................................................................... 79 G.18 INVOICE SUBMISSION AND REPORTING APPLICABLE TO TASK ORDERS...................... 80 G.19 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) ................ 80

    G.19.1 Master Contract Performance Assessments ............................................................. 81 G.19.2 Task Order Performance Assessments...................................................................... 82

    G.20 REPORTING ................................................................................................................ 82 G.20.1 GWAC Data Calls ....................................................................................................... 82

    iii

  •    

         

         

      

             

      

          

            

         

             

                 

       

          

       

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    G.20.2 GWAC Transactional Data ......................................................................................... 83 G.20.2.1 Change of GSA Business System(s) during Term of the Master Contract .............. 83

    G.21 GWAC CONTRACT ACCESS FEE (CAF) AND FEE REMITTANCE ....................................... 84 G.22 INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN............................................. 85

    G.22.1 Minimum Subcontracting Goals ................................................................................ 85 G.22.2 Subcontracting Reports ............................................................................................. 86 G.22.3 Task Order Small Business (SB) Subcontracting Credit for Ordering Agencies ......... 88

    G.23 SUBCONTRACTORS .................................................................................................... 88 G.24 MERGERS, ACQUISITIONS, NOVATIONS, AND CHANGE‐OF‐NAME AGREEMENTS ....... 89

    G.24.1 Contractual Responsibilities: New GSA GWAC Contractor assigned through an Anti‐Assignment Exception........................................................................................................... 91 G.24.2 Contractual Responsibilities: New GSA GWAC Contractor assigned through an Operation of Law Exception ................................................................................................. 92 G.24.3 Contractual Restrictions to any Assignment ............................................................. 92 G.24.4 Notice Required for Ownership Changes and Change of Name Agreements........... 93

    G.25 ENVIRONMENTAL OBJECTIVES AND REQUIREMENTS ................................................. 94 G.26 TASK ORDER CLOSEOUT............................................................................................. 96

    G.26.1 Expired Task Order Verification/Validation .............................................................. 96 G.27 MASTER CONTRACT CLOSEOUT ................................................................................. 96

    SECTION H ‐ SPECIAL CONTRACT REQUIREMENTS ....................................................... 98 H.1 PROVISIONS INCORPORATED BY REFERENCE AT TASK ORDER LEVEL............................ 98 H.2 CONGRESSIONAL NOTIFICATION OF GWAC TASK ORDER AWARDS ............................ 100 H.3 MARKETING .............................................................................................................. 100 H.4 ORGANIZATIONAL CONFLICT OF INTEREST ................................................................. 101 H.5 PERMITS.................................................................................................................... 101 H.6 SECURITY: REQUIRED IT SECURITY POLICIES AND REGULATIONS ................................ 101 H.7 SECURITY: SAFEGUARDING SENSITIVE DATA AND INFORMATION TECHNOLOGY RESOURCES ..................................................................................................................... 102

    H.7.1 GSA Agency‐specific IT Security Guidelines .............................................................. 102 H.7.2 Task Order Subcontractors IT Security Guidelines, if applicable .............................. 103

    H.8 SECURITY: SECURITY CLEARANCES ............................................................................. 103 H.9 SECURITY: HOMELAND SECURITY PRESIDENTIAL DIRECTIVES‐12 (HSPD‐12) ............... 103 H.10  CONTRACTOR TRAINING ........................................................................................ 104 H.11 GOVERNMENT PROPERTY ........................................................................................ 104 H.12 LEASING OF REAL AND PERSONAL PROPERTY .......................................................... 104 H.13 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY ............................... 105 H.14 INTERNET PROTOCOL VERSION 6 (IPV6) ................................................................... 106 H.15 COST ACCOUNTING STANDARDS (CAS) .................................................................... 106 H.16 COST ACCOUNTING SYSTEM .................................................................................... 107 H.17 COMMERCIAL SOFTWARE AGREEMENTS ................................................................. 108 H.18 LOGISTICAL SUPPORT PRIVILEGES............................................................................ 108 H.19 CONTRACTOR ENGAGEMENT REQUIREMENTS BASED UPON TASK ORDER PARTICIPATION AND PRODUCTION ................................................................................. 109 H.20 VOLUNTARY CANCELLATION OF THE MASTER CONTRACT PROVISION ...................... 110 H.21 OPEN SEASON FOR MASTER CONTRACT................................................................... 110

    H.21.1 Open Season Determinations and Procedures ....................................................... 111 H.22 OPTION TERM OF MASTER CONTRACT ..................................................................... 113

    iv

  •    

          

        

        

        

            

             

       

     

     

     

     

     

      

          

          

       

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    SECTION I ‐ CONTRACT CLAUSES ............................................................................... 114 I.1 GENERAL..................................................................................................................... 114

    I.1.1 DOD Agency‐specific Required Provisions and Clauses .............................................. 115 I.2 FAR 52.252‐2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) .............................. 115

    I.2.1 Acquisition of Commercial Items................................................................................ 130 I.2.1.1 GSAR 552.212‐4 Contract Terms and Conditions‐Commercial Items. (ALTERNATE II) (FAR DEVIATION) (July 2015) .............................................................................................. 130 I.2.2 General Services Administration (GSA) Regulations (GSAR), Incorporated by Reference ............................................................................................................................................ 141

    I.3 GSAR 552.232‐39 Unenforceability of Unauthorized Obligations (FAR DEVIATION) ..... 142 I.4 552.232‐78 Commercial Supplier Agreements—Unenforceable Clauses ...................... 142 I.5 GSAR 552.252‐6 AUTHORIZED DEVIATIONS IN CLAUSES (DEVIATION FAR 52.252‐6) (SEP 1999) ............................................................................................................................... 145 I.6 FAR 52.215‐19   NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) ........................ 146 I.7 FAR 52.216‐18   ORDERING (OCT 1995) ....................................................................... 147 I.8 FAR 52.216‐19   ORDER LIMITATIONS (OCT 1995) ........................................................ 147 I.9 52.216‐21 REQUIREMENTS (OCT 1995) ........................................................................ 148 I.10 FAR 52.216‐22   INDEFINITE QUANTITY (OCT 1995) .................................................... 149 I.11 FAR 52.217‐9   OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) ......... 149 I.12 FAR 52.222‐35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) ............................. 150 I.13 FAR 52.222‐36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) . 150 I.14 FAR 52.232‐19 Availability of Funds for the Next Fiscal Year (Apr 1984) .................... 151 I.15 FAR 52.232‐32 PERFORMANCE‐BASED PAYMENTS (APR 2012) .................................. 151 I.16 FAR 52.237‐3   CONTINUITY OF SERVICES (JAN 1991) ................................................. 156 I.17 FAR 52.252‐6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) .............................. 157 I.18 GSAM 552.203‐71  RESTRICTION ON ADVERTISING (SEP 1999) ................................. 157 I.19 GSAM 552.232‐72  FINAL PAYMENT (SEP 1999) ........................................................ 157 I.20 GSAR 52.232‐99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (AUG 2012) ................................................................... 158

    SECTION J ‐ LIST OF ATTACHMENTS........................................................................... 159 ATTACHMENT J‐1 ‐ DOD REQUIRED PROVISIONS AND CLAUSES ............................... 161 ATTACHMENT J‐2 ‐ GOVERNMENT SECURITY PUBLICATIONS AND CONTRACTOR MINIMUM SECURITY REQUIREMENTS FOR SELECT SYSTEMS .................................... 173 ATTACHMENT J‐3 ‐ ALLIANT 2 LABOR CATEGORIES AND BLS SERVICE OCCUPATIONAL CLASSIFICATIONS ...................................................................................................... 176 ATTACHMENT J‐4 – CONTRACTOR LABOR HOUR PRICING FOR STANDARD IT SERVICE LABOR CATEGORIES .................................................................................................. 187 ATTACHMENT J‐5 ‐ PERFORMANCE REQUIREMENTS SUMMARY (PRS) ..................... 188

    ATTACHMENT J‐5.A ‐ CONTRACTOR ENGAGEMENT PERFORMANCE‐BASED EVALUATION PROGRAM RATINGS ........................................................................................................ 190

    J‐5.A.1  DEFINITION OF CONTRACTOR ENGAGEMENT ....................................................... 190 J‐5.A.2 CONTRACTOR PARTICIPATION THROUGH PROPOSAL SUBMISSION ...................... 191 J‐5.A.2.1  Definition of Participation................................................................................... 191 J‐5.A.2.2  Definition of What is Not Participation............................................................... 194

    v

  •       

              

        

       

        

                   

          

          

            

                

       

       

        

     

    GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    J‐5.A.2.3 Master Contract Participation Requirement for Number of Annual Proposal Submissions ........................................................................................................................ 195 J‐5.A.3  CONTRACTOR PRODUCTION THROUGH TASK ORDER AWARDS ........................... 197 J‐5.A.3.1  Definition of Production...................................................................................... 197 J‐5.A.3.2 Minimum Number of Task Orders to Achieve the Production Cumulative Standard.............................................................................................................................. 199 J‐5.A.3.3  Production Standards by Contract Year.............................................................. 199 J‐5.A.4  ANNUAL RATING ASSESSMENTS AND PERFORMANCE STATUS DETERMINATIONS ............................................................................................................................................ 202 J‐5.A.4.1  Annual Rating Assessments ................................................................................ 202 J‐5.A.4.2  Definition of a Contractor in a Performing Status .............................................. 203 J‐5.A.4.3 Definition of a Contractor in a Nonperforming status ......................................... 203 J‐5.A.4.4 Contract Remedies For Contractor Engagement ................................................. 204 J‐5.A.5 ADDITIONAL TERMS AND CONDITIONS FOR CHANGES TO CONTRACTOR ENGAGEMENT STANDARDS AND AQLs .............................................................................. 204 J‐5.A.6  CONTRACTOR ENGAGEMENT SUMMARY............................................................. 204 J‐5.A.7  PERFORMANCE RATINGS AND GOVERNMENT REMEDIES .................................... 205 J‐5.A.7.1  NARRATIVE DESCRIPTION OF CONTRACTOR OUTCOMES .................................. 205 J‐5.A.7.2  DETERMINATION OF RATINGS BASED UPON CONTRACTOR OUTCOMES: ......... 209 J‐5.A.8  TABLE FORMAT OF ATTACHMENT J‐5.A  ‐ SPREADSHEET DOCUMENT ................. 216

    ATTACHMENT J‐5.B  ‐ PBA Small Business Subcontracting Evaluation Program Ratings ........................................................................................................................................ 223

    ATTACHMENT J‐6 ‐ TRANSACTIONAL DATA REPORTING ........................................... 226 J‐6.1 GSAR 552.216‐75 Transactional Data Reporting (June 2016) .................................... 226 J‐6.2 CLIN STRUCTURE ........................................................................................................ 229

    ATTACHMENT J‐7 ‐ INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN ...........230 ATTACHMENT J‐8 ‐  WEBSITE REFERENCES ................................................................ 231

    vi

  • GSA ALLIANT 2 UNRESTRICTED GWAC MASTER CONTRACT

    SECTION A - CONTRACT Standard Form 33 Solicitation, Offer and Award

    THE SIGNED SF-33 FORM IS SEPARATELY ATTACHED

    1

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

    B.1 GENERAL The Alliant 2 Governmentwide Acquisition Contract (GWAC) is a Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide information technology solutions through performance of a broad range of services, which may include the integration of various technologies critical to the services being acquired.

    A Task Order is defined as “an order for services placed against an established contract or with Government sources,” FAR 2.101. Task Orders are issued by federal agencies off the GSA Alliant 2 GWAC.

    The Contractor shall provide all management, supervision, labor, facilities and materials necessary to perform on a Task Order basis.

    Hereafter, the Alliant 2 GWAC is also referred to as the “Master Contract” while Task Orders issued under the Master Contract will be referred to as either “Task Order(s),” “TO(s),” or “Order(s).”

    B.2 AUTHORITY The Administrator of the U.S. General Services Administration (GSA) is specifically authorized to purchase supplies and Nonpersonal services onbehalf of other agencies under the Federal Property and Administrative Services Act (40 U.S.C. 501).

    The Office of Management and Budget (OMB) has designated the GSA as an Executive Agent for Governmentwide information technology (IT)acquisitions pursuant to Section 5112(e) of the Clinger-Cohen Act, 40 U.S.C. 11302(e).

    The scope of this designation includes the award and administration of the Master Contract and delegation of authority for the award and administration of the Task Orders as set forth in Section G.2. Through this GWAC, Federal government agencies can award Task Orders to acquire IT services based solutions.

    2

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.3 ECONOMY ACT The Economy Act does not apply to Governmentwide acquisition contracts (GWACs). GWACs are multiple award Task Order or delivery order contracts used by other agencies to procure information technology products and services outside of the Economy Act. (Refer to Federal Acquisition Regulations FAR 2.101 and FAR Subpart 17.502-2(b)). The specific statutory authority 40 U.S.C. 11302(e) designates the head of one or more executive agencies, such as the US General Services Administration, as executive agent for Government-wide acquisitions of information technology.

    B.4 MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT GUARANTEE

    (a) Maximum. The maximum contract ceiling value of all contracts in this multiple award procurement is established at $50 Billion dollars.

    (b) Minimum. The minimum guaranteed award amount for this IDIQ contract is $2,500 dollars per Contractor for the full term of the Master Contract. The exercise of the option period does not re-establish the contract minimum.

    Should the contract expire or be unilaterally terminated for convenience by the Government without the contractor receiving the minimumguaranteed award amount, the contractor may present a claim to the contracting officer for an amount not to exceed the minimum guaranteed award amount. The minimum guaranteed award amount is not applicable if the contract is terminated for default or is bilaterally cancelled by the parties. The contractor has one year after contract termination or expiration to submit their claim to the contracting officer or waives entitlement.

    (c) The Government has no obligation to issue Task Orders (TO) to the Contractor beyond the amount specified in paragraph (b) of this clause. Once the conditions of paragraph (b) have been met the Contractor continues to be afforded fair opportunity, as per FAR 16.505(b)(1), tocompete for Task Orders issued through the expiration of the Master Contract or termination of the Contractor’s Master Contract, whichever occurs first.

    (d) As a result of an awarded Task Order that satisfies the minimum contract guarantee the government will deobligate the funded minimum contract guarantee from the Contractor’s Master Contract.

    There is no maximum dollar ceiling for an individual Task Order.

    3

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.5 PERFORMANCE BASED PREFERENCE Through the direction of the Office of Management and Budget (OMB), Office of Federal Procurement Policy (OFPP), performance-based contracting techniques will be applied to Task Orders issued under this contract to the “maximum extent practicable.” For information about performance based service contracts, refer to OFPP’s Best Practices Handbook located at www.whitehouse.gov/omb.

    Pursuant to FAR 37.102(a)(2), the Ordering Contracting Officer will useperformance-based acquisition methods to the maximum extent practicable using the following order of precedence:

    (1) A Firm-Fixed Price Performance-Based Task Order; (2) A Performance-Based Task Order that is not Firm-Fixed Price; (3) A Task Order that is not Performance-Based.

    B.6 LABOR CATEGORIES (LCAT or LCATs)

    B.6.1 Three Labor Category Types To enhance the consistency of labor and service cost/price offers and reporting, the Master Contract provides the Standard IT Service Labor Categories (see Attachment J-3). These labor categories (LCATs), which are a subset of the Standard Occupational Classifications (SOCs) issued by the Department of Labor (DOL) Bureau, Labor Statistics Division, facilitate the standardization of labor types, descriptions, and rates across the entire contract vehicle. This approach provides the government more accurate cost forecasting, reporting, and tracking. Additionally, the Master Contract alsoprovides for Non-Standard IT Service LCATs and Ancillary Service LCATs, as described below.

    The Contractor is always bound by Maximum Rates on labor hours used in all Time-and material (T&M) and Labor Hour (L-H) Task Order contracttypes, including any T&M and L-H Contract Line Items (CLINS) that may be integrated into a single Task Order among Cost-type and/or Fixed-price CLINS. (See Subsection B.11.5.1 Maximum Rates for Time-and material and Labor Hour Contract Types).

    Alliant 2 provides the following three (3) types of LCATs: (1) Standard IT Service LCATs – This labor category type includes the defined IT Service LCATs (see Attachment J-3). Each of the defined Standard IT Service LCATs is further stratified to include four (4) skill levels. These may be modified through the term of this MasterContract to accommodate emerging IT Service LCATs as defined by

    4

    www.whitehouse.gov/omb

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    the market. The Contractor shall utilize the Standard IT Service LCATs to the maximum extent possible. Additional Standard IT Service LCATs may be added over the term of this contract if the GSA GWAC Program approved and appended to the contract via modification by the GSA GWAC PCO. (See Section B.6.3).

    (2) Non-Standard IT Service LCATs - This labor category type includes any IT Service labor category that is not listed within the Standard IT Service LCATs (see Attachment J-3). A Non-standard IT Service LCAT must be approved by the Ordering Contracting Officer (OCO) at the Task Order level.

    (3) Ancillary Service LCATs – This labor category type includesancillary labor support, and does not include any of the defined Standard IT Service LCATs or Non-Standard IT Service LCATs. Ancillary Service LCATs may be used only when the principal purpose of the Task Order is to furnish IT services-based solutions.

    The OCO will ensure that additional labor categories are in compliance with Service Contract Labor Standards and Wage Rate Requirements (Construction), and, where applicable, include appropriate clauses and wage determinations consistent with B.7 and/or B.8.

    B.6.1.1 Standard IT Service Labor Categories Standard IT Service LCATs are the labor categories referenced in Attachment J-3. They are presented as historically-based relevant positions that support Information Technology (IT) procurement requirements. IT is a dynamic discipline that will likely require additional uniquely defined IT Service labor categories that emerge at some point through the term of this Master Contract. Additional Standard IT Service labor categories may be added by the government via contract modification. The process to recommend the addition of new IT LCATs to the Master Contract is discussed in detail under section B.6.3, Process to add Standard IT Service LCATs to the Master Contract.

    (a) The primary source of the Standard IT Service LCATs is the Department of Labor (DoL) Bureau of Labor Statistics (BLS) Service Occupational System. The Standard Occupational Classification (SOC) system is used by Federal statistical agencies to classify workers intooccupational categories for the purpose of collecting, calculating, or disseminating data.

    5

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    (b) The Standard IT Service LCATs (see Attachment J-3) contains the comprehensive IT Service LCATs required to meet all informationtechnology service based requirements. Therefore, every effort shall be made by the OCOs and Contractors to use the Standard IT Service LCATs. (See Attachment J-3)

    B.6.1.2 Non-Standard IT Service LCATs Any IT Services LCAT that does not fit within the Standard IT Service LCATs is not approved for use on Task Orders without approval of the OCO awarding the Task Order. IT Service LCATs that addresses new and emerging occupations for which the LCAT functional titles/descriptions may not correlate to any of the DOL SOC matches, or may not be widely available throughout Industry, are characteristics of Non-standard IT LCATs.

    The Master Contract Standard IT Service LCATs are robust and were written to encompass the broad scope of information technology. Additionallabor categories would need to bring to bear skill sets that are so specializedor rare that they are not already encompassed in any existing Master Contract labor category. OCOs may consider additional labor categories onTask Orders when deemed necessary to provide IT services or an IT services-based solution. OCOs will perform due diligence in determining that Non-standard IT service labor categories are required. The OCO may review the Standard IT Service Cross-walk Matrix, located at www.gsa.gov/alliant2, that maps to equivalent commercial IT LCATs functional titles with the Standardized IT Service LCAT, or seek guidance from a GSA GWAC Technologist, when considering the addition of non-standard IT LCATs to their Task Order.

    B.6.1.3 Ancillary Service Labor Categories The GSA GWAC is to be used by agencies in meeting professional Information Technology (IT) service objectives. Use of the non-IT ancillary service LCATs must be (1) integral and necessary; (2) part of a total integrated solution within the scope of the Master Contract; and (3) not a labor category specified in the Master Contract. The Contractor should propose and identify each ancillary support service separately and the OCO should identify each ancillary support service by a separate CLIN on the Task Order award.

    Included in ancillary services may be those LCATs covered underconstruction and service type employees identified by the Department of Labor wage determinations.

    6

    www.gsa.gov/alliant2

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.6.2 Applicability of Labor Category Types and Maximum Rates (a) T&M and L-H Task Orders or CLINS: All Labor Category Types

    indicated in Section B.6.1 (Standard IT Service, Non-Standard IT Service, and Ancillary Service LCATs) shall always apply to T&M and L-H contract type Task Orders and to any T&M and L-H contract type CLINS in Task Orders with multiple contract types. Maximum Rates for Standard IT Services LCATs shall only apply to T&M and L-Hcontract type Task Orders and to any T&M and L-H contract type CLINS in Task Orders with multiple contract types. Maximum Rates will not apply to any other contract types, including Cost-Reimbursement and Fixed-price Task Orders or Cost-Reimbursement and Fixed-price CLINS. Maximum Rates for Time-and Material and Labor Hour Contract Types is further addressed in Section B.11.5.1.

    (b) Other than T&M and L-H Task Orders or CLINS: At the full discretionof the Task Order issuing agency OCO, any Labor Category Type indicated in Section B.6.1 may be used and applied to all other contract types for any Task Order issued under this Master Contract, including Cost-Reimbursement and Fixed-price Task Orders or Cost-Reimbursement and Fixed-price CLINS in Task Orders with multiple contract types; however, the Contractor’s labor category’s Maximum Rates established from this Master Contract will not apply. Ceiling rates or fixed rates on individual labor categories within a Task Order will be established between the Contractor and the issuing agency OCO. Task Order Ceiling or fixed rates will not change the Contractor’s Maximum Rates in the Master Contract.

    B.6.3 Process to add Standard IT Service LCATs to the Master Contract GSA reserves the right to add new IT Service LCAT to the list of Standard IT Service LCATs when determined to be in the best interest of the Government. As the information technology market evolves, GSA encourages the Contractor and ordering agencies to recommend new IT Service LCAT that they believe should be added to the list of Standard IT Service LCATs. With any new IT Service LCAT, GSA requests a functional description and justification narrative be included to provide the rationale for adding the new IT Service LCAT. If approved by the GSA GWAC PCO, the newly adopted IT Service LCAT will be added to the Standard IT Service LCATs and each contract holder will be afforded the opportunity to submit and negotiate labor hour pricing for the new IT Service LCAT. Ultimately, for those Contractors who establish pricing with the GSA GWAC PCO, a contract modification will be executed to add the new Standard IT Service LCAT.

    7

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.7 LABOR SUBJECT TO THE WAGE RATE REQUIREMENTS (CONSTRUCTION)

    The Master Contract does not include wage determinations or all applicable clauses for labor categories subject to the Wage Rate Requirements (Construction). Each Task Order will be tailored to include the appropriateclauses and wage determinations. To the extent that construction, alteration, and repair are subject to the wage rate requirements and within scope of a Task Order and the Master Contract, the OCO will identify such work under a separate CLIN on the Task Order and incorporate the appropriate wagedeterminations in accordance with FAR 22.4, Labor Standards for Contracts Involving Construction.

    Any construction, alteration, and repair are only in scope as necessary to offer an integrated information technology solution provided that it is integral to and necessary for the effort stated in the Task Order. Task Orders shall not be the primary purpose of the scope or issued exclusively for work performed under the Wage Rate Requirements (Construction).

    B.8 LABOR SUBJECT TO THE SERVICE CONTRACT LABOR STANDARDS (SCLS)

    The Master Contract labor categories are considered bona fide executive, administrative, professional labor and generally exempt from the SCLS if used to perform professional IT services, except as noted in Attachment J-3. The Master Contract does not include wage determinations or all applicable clauses for labor categories subject to the SCLS. Each Task Order will be tailored to include the appropriate clauses and wage determinations.

    To the extent that any labor is subject to the SCLS and within scope of a Task Order and the Master Contract, the OCO will identify such work under a separate CLIN on the Task Order and incorporate wage determination in accordance with FAR 22.10, Service Contract Labor Standards.

    B.9 TASK ORDER CONTRACT TYPES The GSA Alliant 2 GWAC is a Multiple Award, Indefinite-Delivery, Indefinite-Quantity (MA-IDIQ) Master Contract for Government-wide information technology service-based requirements. Task Order contracttypes permitted to be issued under this Master Contract include all FAR subparts and sections listed under FAR 16.2 Fixed-price Contracts, FAR 16.3 Cost-Reimbursement Contracts, and FAR 16.4 Incentive Contracts. Additionally, FAR section 16.503 Requirements Contracts; FAR section16.601 Time-and-materials and FAR 16.602 Labor-hour Contracts are

    8

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    permitted Task Order contract types. However, FAR 16.503 Requirements Contracts should be limited to not exceed the ordering period of the Master Contract. Task Orders may also incorporate FAR 17.1 Multiyear Contracting and FAR 17.2 Option periods procuring Commercial-items or Non-commercial items. These contract types can be used singly or in combination within a single Task Order comprising multiple Contract Line Items (CLINS).

    B.9.1 Requirements Contract Type A Requirements contract type (FAR Subpart 16.503) provides for filling all actual purchase requirements of designated Government activities forservices or supplies during a specified contract period, with performance ordeliveries to be scheduled by placing orders with the Contractor. The contracting officer states a realistic estimated total quantity in the Task Order solicitation and the resulting order. All Requirements contract typeCLINS within a Task Order must include a defined scope with all items priced at time of award, i.e., Fixed-priced by unit/rate, size or type as defined by the issuing agency. Established pricing is not subject to any adjustment on the basis of the contractor’s cost experience in performing the Task Order, and established Contractor prices will not be subsequently discounted at theGovernment’s request once negotiated at Task Order award. The agency will direct the Contractor to deliver a specified quantity of the in-scope Government requirement by use of a Call, which activates a pre-priced CLIN or SubCLIN during the term of the Task Order.

    Requirements Task Order type under an IDIQ Master Contract: A Requirements contract type Task Order is a single contract award issued under this indefinite-delivery, indefinite-quantity (IDIQ) Master Contract vehicle. Executing and funding individual CLINS and SubCLINS under this Task Order type are not considered to be second-tier instruments issued under the awarded Task Order. Also, the agency's clearly defined Requirements Task Order procurement, as with any contract type listed in Section B.9, must be within the scope of the Master Contract’s Section C.

    Pursuant to the terms and conditions of this Master Contract, the use of Requirements contract types of Task Orders is further restricted to thefollowing: The term of the Task Order (including Options) should not exceedthe remaining ordering period of the Master Contract (including the Option) at the time of Requirements Task Order award.

    Application of Requirements Contract Type: A Requirements contract typeapproach satisfies the requirement for the issuance of a binding Task Order under Master Contract. This contract type can provide Task Order issuing agencies with maximum flexibility when ordering IT services while obligating funds as needed only on individual calls as the bona fide need arises for

    9

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    predefined and established priced procurement requirements on awarded Requirements contract type Task Orders by individual CLINS and SubCLINS.

    A Requirements contract type Task Order may be appropriate for acquiring flexible IT solution services, including ancillary services or goods when the Government anticipates recurring requirements but cannot predetermine the precise quantities that Government activities will need during a definiteperiod. The below list are a few examples of IT services that may be considered to procure using a Requirements contract type:

    ● Data Center & Virtualization Services - Consolidation and migration. ● Cloud Migration and Storage. ● IT Disaster Recovery - Recovery, backup and replication services. ● IT Managed Services - Continuous monitoring, managing and/or

    problem resolution for the IT systems within a business. ● IT Helpdesk Services. ● Intrusion Monitoring and Prevention - threat monitoring and response. ● Telepresence.

    B.9.1.1 Distinction of a Requirements Contract to Other Contract Types and Agreements

    (a) IDIQ Contracts - A Requirements contract type Task Order issued under this Master Contract is not an IDIQ contract. There are distinct structural differences between a Requirements contract and an IDIQ and distinct differences in the nature and legal effect of the different types of orders that are placed against these different contract vehicles. A Requirements contract type in this Master Contract is one in which the Government (buyer) agrees to purchase all of its needs for a particular item or service during the Task Order period from the Contractor (seller), and the seller agrees to fill all of the buyer’s needs for the goods or services described in the Task Order. Thus, unlike an IDIQ, an essential element of a Requirements contract type is the promise by the buyer to purchase all the subject matter within this contract type of Task Order exclusively from one seller, whereas withan IDIQ, once the minimum is met, the buyer is not obligated to place any additional orders. Additionally, the multiple award preference requirement does not apply as it does with an IDIQ, under FAR 16.504(c)(1). An IDIQ is also different from a Requirements contract type in the following: (1) A Requirements contract’s guaranteed minimums are not required; (2) The Task Order solicitation of aRequirements must state realistic estimated quantities, and; (3) The buyer and seller are obligated to buy and sell on a Requirements at theprices negotiated at time of award.

    10

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    (b) A Basic Ordering Agreement (BOA), under the rules of FAR Subpart 16.703, is not a contract. It is a written instrument of understanding used when contracting for uncertain requirements for supplies or services when specific items, quantities, and prices are not known at the time the agreement is executed. Thus, a BOA, unlike a Requirements contract, does not require a clearly defined scope or required pricing established at time of award. And because a defined scope and established pricing is required for any Task Order issued under this Master Contract, BOAs are unsuitable methods of procurement for purposes of this GSA GWAC program.

    (c) A traditional Blanket Purchasing Agreement (BPA) falls under the rules of FAR Subpart 13.303, Simplified Acquisition Procedures, and a Multiple Award Schedule BPA (also known as a GSA Schedule BPA) falls under the rules of FAR Subpart 8.4 Federal Supply Schedules (FSS). Task Orders should be issued in accordance with the rules under FAR Subpart 16.505, not FAR Subpart 13.303 or 8.4. Neither of the two BPA types fall under FAR Part 16 Types of Contracts because they are agreements similar to BOAs. BPAs neither obligates funds nor requires placement of any orders against it. The award of a BPA lacks mutuality of consideration at the time of BPA award. Like BOAs, BPAs are not suitable as a Task Order contract type. Therefore,including IDIQ, BPA and BOA Task Order Contract Types into Section B.8 are not in the best interest of the Government for this Master Contract.

    B.9.1.2 Additional Terms and Conditions for Requirements Contract Type for Commercial Items At any time during the term of the Master Contract, the Requirements Contract type as an available Task Order type (listed in Section B.9) may be removed from the Master Contract via a unilateral contract modification if the GSA GWAC PCO determines that its use as an available contract type is no longer in the best interest of the Government.

    B.10 ORDER TYPE PREFERENCE The Ordering Contracting Officer (OCO) will determine the Task Order typeusing the following order of precedence:

    (1) Fixed-Price (all types) (2) Cost-Reimbursement (all types) (3) T&M or L-H

    11

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.11 TASK ORDER PRICING (ALL ORDER TYPES) The issuing agency will negotiate cost or pricing with the Contractor and make the determination for cost or price reasonableness for each Task Order type. Adequate price competition at the Task Order level, in response to anindividual requirement, establishes the most accurate, fair, and reasonable pricing for that requirement.

    The OCO will identify the applicable contract type for all CLINs in each GWAC Task Order.

    When adequate price competition exists (see FAR 15.403-1(b)(1)), generally no additional information is necessary to determine the reasonableness of cost or price. If adequate price competition does not exist and no other exceptions apply (see FAR 15.403-1(b)), the OCO will request a Certificate of Current Cost and Pricing Data in accordance with FAR 15.403-4.

    If a Contractor does not have an approved purchasing system, the Contractor shall request and receive OCO consent to subcontract in accordance with FAR 44.201-1(b) Consent to Subcontracts, and FAR 52.244-2, Subcontracts.

    B.11.1 Fixed Price The OCO will determine fair and reasonable pricing for all Fixed-Price Task Orders in accordance with FAR 15.4, Pricing, and FAR 16.2, Fixed-Price Contracts.

    B.11.2 Cost Reimbursement The Ordering Contracting Officer (OCO) will determine fair and reasonable pricing, cost realism, analyze and negotiate profit for all Cost-Reimbursement Task Orders, in accordance with FAR 15.4, Pricing, and FAR 16.3, Cost-Reimbursement Contracts.

    Contractors are required to have an adequate cost accounting system for Cost Reimbursable type Task Orders in accordance with FAR 16.301-3(a)(3).Contractors will be required to submit a cost proposal with supporting information for each cost element, including, but not limited to, Direct Labor, Fringe Benefits, Overhead, General and Administrative (G&A) expenses, Facilities Capital Cost of Money, Other Direct Costs, and Profit consistentwith their cost accounting system, provisional billing rates, and forward pricing rate agreements.

    12

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.11.3 Incentive Incentives are defined under FAR Subpart 16.4, Incentive Contracts, and other applicable agency-unique regulatory supplements. The OCO willdetermine fair and reasonable pricing for all Incentive Task Orders and develop a plan to implement and monitor an Award-Fee, Incentive-Fee, or Award-Term result in accordance with FAR 15.4, Pricing.

    B.11.4 Award Fee Award fees may be applicable to the Contractor’s performance on individual Task Orders. Should an award fee-type Task Order be issued, the total amount of award fee the Contractor may earn over the period of performance will be negotiated before award. The amount of award fee that the Contractor actually earns will be based on an evaluation, as specified in the Task Order, by the Government of the evaluation factors specified in each individual award fee type Task Order. The evaluation of the Contractor’s performance on the Task Order and the determination of Task Order award fees will be accomplished with an Award Fee Plan. The Fee Determination Official (FDO)will unilaterally determine the amount of award fee for performance on individual Task Orders.

    B.11.5 Time-and Material and Labor Hour Contract Types Time and Materials (T&M) and Labor Hour (L-H) is defined under FAR Subpart 16.6, T&M and L-H Contracts, and other applicable agency-specific regulatory supplements. The Contractor may provide separate and/or blended loaded hourly labor rates for prime Contractor labor, each Subcontractor, and/or each Division, Subsidiary, or Affiliate in accordance with the provisions set forth in FAR 52.216-29,

    DFARS 252.216-7002 (for DoD Task Orders), FAR 52.216-30, or FAR 52.216-31. The OCO will identify which provision is applicable in the Task Order solicitation and the Contractor will comply with the provision. T&M and L-H Task Orders require the Master Contract IT Standard LCATs and their associated rates to be identified in the Task Order award document. Ancillary subcontract labor shall be proposed and awarded as Materials in accordance with FAR 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts.

    13

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.11.5.1 Maximum Rates for Time-and-material and Labor Hour Contract Types

    a) APPLICABLE TO THE MASTER CONTRACT

    Maximum Rate Definition: “Maximum Rate” is a term that applies at the Master Contract level, and is not necessarily a term used at the Task Order level. It represents and establishes maximum allowable labor rates in the form of burdened rates for all Standard IT Service LCATs indicated in this Master Contract. The burdened rates include the direct labor cost, G&A, O/H, fringe benefits, and profit. The Maximum Rates accommodate the U.S. Government security classification up through the Secret level. These Maximum Rates apply exclusively applicable to all T&M and L-H contract type Task Orders and proposals. The Master Contract’s Maximum Rates are not typically the same rates as the fixed-price labor rates or ceiling labor rates that are established between the Contractor and issuing agency at the Task Order Level.

    Escalation Factor: The burdened maximum rates awarded for each LCAT at initial contract award shall serve as the basis for all future year pricing for those maximum rates. In order to determine future year maximum rate pricing, the originally awarded rates will have an escalation factor applied. This escalation factor will be the average annual Bureau of Labor Statistics (BLS) Employment Cost Index (ECI), “Table 5: COMPENSATION (NOT SEASONALLY ADJUSTED) for total compensation for private industry workers, by occupational group and Industry, Professional, scientific, and technical services” - for the previous three years.In Year 5 of the Master Contract, if the average annual ECI for the previous three years is higher than at time of the Master Contract award date, the maximum rates for Master Contract Option Years 6 through 10, plus the remaining Period of Task Order Performance Years 11through 15 will be adjusted by the difference of percentage increase. For example, if the BLS ECI index was 2.23% at time of proposal submission and the BLS ECI index is 3.16% in Year 5 of the Master Contract, the maximum rates for years 6 through 15 will be adjusted by 0.93% per year on a cumulative basis. If BLS ECI index in Year 5 of the Master Contract is equal to or below the BLS ECI index at time of award, the maximum rates will remain unchanged. In Year 10 of the Master Contract, if the previous three-year average annual BLS ECI index for the previous three years is higher thanYear 5 of the Master Contract, the maximum rates for the remaining Period of Task Order Performance Years 11 through 15 will be adjusted by the difference of percentage increase in accordance with

    14

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    the example above. If the average index in Year 10 is equal to orbelow the average index in Year 5, the maximum rates will remain unchanged.

    Direct labor and all other cost elements (including G&A, O/H, fringe benefits, profit, and all other direct and/or indirect rates) that were initially established at Master Contract award date can only increase from the above Escalation Factor. No other factors shall increase Maximum Rates.

    b) APPLICABLE TO THE TASK ORDERS

    1) Maximum Ceiling rates for current and future IT services requirements are determined by GSA to be fair and reasonable on the Master Contract, inclusive of the escalation factor. However, the Task Order issuing agencies will perform their own determination for fair and reasonable pricing for each Task Order they award.

    2) The Master Contract Maximum Rates that are in effect at the time a Task Order is awarded shall remain with the Task Order award during the entire term of the Task Order, including any Task Orders option periods. Therefore, any price increases in LCATS triggered by the Master Contract’s escalation factor during the term of any active Task Order will not apply. Only newly awarded Task Orders subsequent to an escalation factor’s execution may be considered at the discretion of the Task Ordering issuing agency.

    3) Based on the specific Task Order requirements, only the agency OCO is authorized to exceed the Master Contract maximum rates for those labor categories if necessary, for example, Top Secret/SCI labor and/or OCONUS locations, etc. NOTE: The Maximum Rates include the U.S. Government security classification up through the Secret level. The Contractor shall always provide to the agency OCO the detailed rationale in all instances if and when the Maximum Rates of labor are exceeded.

    See Section F.3 Task Order Period of Performance.

    B.11.5.2 Payments Under Time-And-Material And Labor-Hour Orders Payments under T&M and LH terms (including matters related to subcontractors, materials, indirect costs, etc.) are governed by the applicable Payments Clause in this contract.

    15

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    B.12 TRAVEL PRICING (ALL ORDER TYPES) Contractor personnel may be required to travel to support the requirements of this contract and as stated in individual TOs. Long distance and local travel may be required both in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). For those TOs requiring travel, the Contractor shall include estimated travel requirements in the proposal as required by the OCO.

    If authorized in the Task Order, travel will be reimbursed at actual cost in accordance with the limitations set forth in FAR Subpart 31.205-46, Travel Costs. Profit shall not be applied to travel costs. To the extent authorized bythe Task Order, Contractors may apply indirect costs to travel in accordance with the Contractor’s usual accounting practices consistent with FAR 31.2.

    The OCO will identify a not-to-exceed travel ceiling under a separate CLIN on the Task Order.

    B.13 WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS)

    Contiguous United States (CONUS) means the 48 contiguous States and the District of Columbia.

    OCONUS includes: 1) OCONUS. Outside of the contiguous United States. 2) NON-FOREIGN OCONUS AREA. The states of Alaska and Hawaii,

    the Commonwealths of Puerto Rico and the Northern Mariana Islands, Guam, and U.S. territories and possessions.

    It is anticipated that there may be Task Orders under this contract for work outside the United States. The Contractor will be compensated for work performed OCONUS pursuant to the Task Order. Standard references for OCONUS pricing include:

    The U.S. Department of State’s Bureau of Administration, Office of Allowances (see Attachment J-8 Website References) publishes quarterlyreport indexes of living costs abroad, per-diem rate maximums, quarter’s allowances, hardship differentials, and danger pay allowances for Contractors to follow when proposing on OCONUS efforts. No allowances, other than those listed by the U. S. Department of State, shall be allowed onTask Orders.

    The Department of State Standardized Regulations (DSSR) are thecontrolling regulations for allowances and benefits available to all U.S.

    16

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION B – SUPPLIES OR SERVICES AND PRICE/COSTS

    Government civilians assigned to foreign areas; however, for Task Orders issued under the Master Contract, Contractor civilians assigned to foreign areas shall not exceed the allowances and benefits in the DSSR as well. For OCONUS Task Orders where costs are not specifically addressed in theDSSR, the Government will reimburse the Contractor for all reasonable, allowable, and allocable costs in accordance with FAR 31, Contract Cost Principles and Procedures.

    B.14 GWAC CONTRACT ACCESS FEE (CAF) GSA’s operating costs are reimbursed through a Contract Access Fee (CAF) charged on orders placed against the Master Contract. The CAF is paid by the ordering agency, but remitted to GSA by the Contractor. GSA maintains the unilateral right to establish and change the CAF rate. GSA will provide at least a 60-day notice prior to the Effective Date of any change to the CAF payment process. Changes to the CAF only apply to orders awarded after the change is announced.

    The CAF rate, which is 0.75% at time of Master Contract Award, is applied to the total amount reported on each invoice.

    Based on the established CAF rate, the Contractor shall include the CAF in each proposal. The Contractor shall include the CAF as a separate cost element on all proposals to the government, regardless of contract type. The CAF shall never be treated as a negotiable element between the Contractor and the ordering agency.

    If a customer organization has negotiated a CAF rate based on a special written agreement and/or Memorandum of Agreement by the GWAC Program that is other than the established CAF rate, GSA will provide advance notification. The CAF Rate, effective at time of the Task Order award, shall remain the same for that Task Order for the full term of the Order.

    The Contractor remits the CAF to GSA in accordance with Section G.21.

    (END OF SECTION B)

    17

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    C.1 SCOPE OF WORK OBJECTIVE The Alliant 2 GWAC will provide Federal Government agencies withintegrated Information Technology (IT) solutions for evolving needs on aglobal basis. This Master Contract allows for the application of technology to meet business needs including the ability to perform all current, leading edge and/or emerging IT services required to satisfy all IT services requirements anywhere and anytime worldwide.

    Integrated IT solutions are comprised of IT components described below inSection C.4, and may be tailored in Task Order Requests to meet agencies’ mission needs. Work may be performed at Government and Contractor facilities located throughout the world, as specified in each Task Order, toprovide a variety of IT solutions and support services. IT services and solutions within scope of this Master Contract include new, leading edge and emerging technologies that will evolve over the life of the Master Contract as supported by the Federal Enterprise Architecture (FEA), Department of Defense Information Enterprise Architecture (DoD IEA) Reference Models, and the associated reference models.

    C.2 SCOPE OF WORK OVERVIEW The Master Contract provides maximum flexibility in acquiring an IT services-based solution for any conceivable IT services-based requirement driving government savings through efficiencies and improved reporting data with greater integrity while maintaining an “Anything IT Anywhere” philosophy.

    The Master Contract scope includes any and all components of an integrated IT services-based solution, including all current leading edge technologies and any new technologies, which may emerge during the Master Contractperiod of performance. All IT development methodologies, including Agile which is an encouraged methodology, are supported. The Master Contract scope also includes IT services-based support of National Security Systems, as defined in FAR 39.002. The Master Contract provides IT solutions through performance of a broad range of services, which may include the integration of various technologies critical to the services being acquired. The foundation of the Scope of Master Contract is built on the most current FEA and DoD IEA Reference Models. (See links under Resources Section C.10). As the definition of IT changes over the lifecycle of the Master

    Alliant 2 GWAC Unrestricted Master Contract 18

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    Contract with the evolving FEA and DoD IEA models, the scope of the Master Contract will be considered to coincide with the current IT definition at any given time.

    By nature of the alignment to FEA and DoD IEA, the Master Contract includes any and all emerging IT components, IT services, and ancillary elements as they arise as required to successfully achieve the agency’s mission. Therefore, because technological advances over the term of this Master Contract are inevitable, the scope of this Master Contract takes into consideration that Task Order Requirements are permitted to include any future IT services with their integral and necessary ancillary IT components and services as they arise during the entire term of this contract.

    The scope of the Master Contract includes every conceivable aspect of IT Services, including but not limited to:

    3-D Printing Integration Agile Development Big Data Biometrics /Identity Management Cloud Computing Context-aware Computing Critical Infrastructure Protection and Information Assurance Cyber Security Data-Centers and Data-Center Consolidation Digital Government Digital Trust and Identity Integration and Management Digitization and Imaging Energy and Sustainability Measurement and Management Enterprise App Stores and Mobile Security Enterprise Resource Planning Integration Services Internet of Things IPV6 migration & upgrades IT Helpdesk IT Operations and Maintenance IT Services for Healthcare IT Services for Integrated Total Workplace Environment Mobile-Centric Application Development, Operations and Management Modeling and Simulation Network Operations, Infrastructure, and Service Oriented

    Architecture Open Source Integration and Customization

    Alliant 2 GWAC Unrestricted Master Contract 19

  •  

    GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    Outsourcing IT Services Sensors, Devices and Radio Frequency Identification (RFID) Shared IT Services Software Development Virtualization Voice and Voice Over Internet Protocol (VOIP) Web Analytics Web Application & Maintenance Web Services Web Hosting

    C.3 FOUNDATION OF THE SCOPE OF WORK Overview of Federal Enterprise Architecture Framework (FEAF) and Department of Defense Information Enterprise Architecture (DOD IEA)

    (1) Solutions to Integrated IT requirements are comprised of some or all components and functional areas associated with FEA and DoD IEA and may be tailored to meet agency needs. By aligning the scope of the Master Contract to FEA/DoD IEA users have access to the entirespectrum of current and emerging IT service, all ancillary services, products and personnel required to successfully meet the agency mission.

    (2) The Contractor shall promote IT solutions that support Federal government operational requirements for standardized technology andapplication service components. This shall facilitate integrationrequirements for broad Federal IT and e-Gov Initiatives, as well as promote the sharing, consolidation, and “re-use” of business processes and systems across the Federal government. The Contractor shall promote the use of open source solutions and open technology development where practicable to enable this “re-use” in accordance with the underlying tenets of FEA/DoD IEA and to address anynumber of areas of interest within the limits of IT and supporting services and disciplines.

    Alliant 2 GWAC Unrestricted Master Contract 20

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    Figure 1 - Federal Enterprise Architecture The Master Contract leverages the existing FEA and the DoD IEA version2.0 as the basis of its IT scope.

    FEA & DOD IEA represent a well-defined practice for conducting enterprise analysis, design, planning, and implementation, using a holistic approach at all times, for the successful development and execution of strategy. Enterprise architecture applies architecture principles and practices to guide organizations through the business, information, process, and technology changes necessary to execute their strategies. This includes everything from a small mobile application development project to the design, installation and migration to a complex network serving hundreds of thousands of users. These practices utilize the various aspects of an enterprise to identify, motivate, and achieve these changes.

    Each reference model represents and includes a number of functional areas required to meet an objective.

    Alliant 2 GWAC Unrestricted Master Contract 21

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    C.3.1 FEA Reference Model Detailed Descriptions Enterprise Architecture (EA) supports planning and decision-making through documentation and information that provides an abstracted view of an enterprise at various levels of scope and detail. The Common Approach toFederal Enterprise Architecture, released in May 2012 as part of the federal CIO’s policy guidance and management tools for increasing shared approaches to IT service delivery, presents an overall approach to developing and using Enterprise Architecture in the Federal Government. The Common Approach promotes increased levels of mission effectiveness by standardizing the development and use of architectures within and between Federal Agencies. This includes principles for using EA to help agencies eliminate waste and duplication, increase-shared services, close performance gaps, and promote engagement among government, industry, and citizens.

    The Federal Enterprise Architecture Framework v2 describes a suite of tools to help government planners implement the Common Approach. At its core is the Consolidated Reference Model (CRM), which equips OMB and Federal agencies with a common language and framework to describe and analyze investments. It consists of a set of interrelated “reference models” that describe the six sub architecture domains in the framework:

    Strategy Business Data Applications Infrastructure Security

    These are designed to facilitate cross-agency analysis and the identification of duplicative investments, gaps and opportunities for collaboration within and across agencies. Also, by applying all six reference models, agencies can establish a line of sight from the strategic goals at the highest organizational level to the software and hardware infrastructure that enable achievement of those goals. Collectively, the reference models comprise a framework for describing important elements of federal agency operations in a common and consistent way.

    To apply the framework to an agency’s specific environment, the agency should develop a set of “core” artifacts to document its environment withinthe framework presented by the CRM. Each subarchitecture domain represents a specific area of the overall framework and has particular artifacts, based on EA best practices, which are described and recommended in the Framework and Artifacts document. The type and depth of

    Alliant 2 GWAC Unrestricted Master Contract 22

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    documentation actually used by the agency should be guided by the need or detail and answers to questions about requirements, applicable standards, timeframes, and available resources.

    The real value to the agency of developing an Enterprise Architecture is tofacilitate planning for the future in a way that transforms the government while making it more efficient. The agency can use the EA process to describe the enterprise as it currently is and determine what the enterpriseshould look like in the future, so that it can make plans to transition from the current state to the future state. The Collaborative Planning Methodology provides steps for planners to use throughout the planning process to fleshout a transition strategy that will enable the future state to become reality. Itis a simple, repeatable process that consists of integrated, multi-disciplinary analysis that involves sponsors, stakeholders, planners, and implementers.

    The agency will create an Enterprise Roadmap to document the current and future architecture states at a high level and presents the transition plan for how the agency will move from the present to the future in an efficient, effective manner. The agency’s Enterprise Roadmap combines the artifacts developed for the EA, both current and future state versions, with a plan developed through the Collaborative Planning Methodology. This creates awareness, visibility and transparency within an organization to facilitatecross-organization planning and collaboration. It maps strategy to projects and budget and helps identify gaps between investment and execution, as well as dependencies and risks between projects.

    All in all, the Federal Enterprise Architecture Framework v2 helps toaccelerate agency business transformation and new technology enablement by providing standardization, analysis and reporting tools, an enterpriseroadmap, and a repeatable architecture project method that is more agile and useful and will produce more authoritative information for intra- and inter-agency planning, decision making, and management.

    Overview of the Collaborative Planning Methodology (CPM)

    Planning is done to affect change in support of an organization’s StrategicPlan, and the many types of planners (e.g., architects, organization and program managers, strategic planners, capital planners, and other planners) must work together to develop an integrated, actionable plan to implement that change. Planning should be used to determine the exact changes thatare needed to implement an organization’s Strategic Plan, enable consistent decision-making, and provide measurable benefits to the organization. In short, an organization’s Strategic Plan should be executed by well-rounded planning that results in purposeful projects with measurable benefits.

    Alliant 2 GWAC Unrestricted Master Contract 23

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    In today’s environment, which demands more efficient government through the reuse of solutions and services, organizations need actionable, consistent, and rigorous plans to implement Strategic Plans and solve priority needs. These integrated plans should support efforts to leverage other Federal, state, local, tribal, and international experiences and results as ameans of reusing rather than inventing from scratch. Plans should be consistent and rigorous descriptions of the structure of the organization or enterprise, how IT resources will be efficiently used, and how the use of assets such as IT will ultimately achieve stated strategies and needs.

    Consolidated Reference Models

    The Consolidated Reference Model of the FEA equips OMB and Federal agencies with a common language and framework to describe and analyze investments. It consists of a set of interrelated “reference models” designed to facilitate cross-agency analysis and the identification of duplicative investments, gaps and opportunities for collaboration within and across agencies. Collectively, the reference models comprise a framework for describing important elements of federal agency operations in a common and consistent way. Through the use of the FEAF and its vocabulary, IT portfolios can be better managed and leveraged across the federal government, enhancing collaboration and ultimately transforming the Federal government.

    The five reference models in version 1 the FEA have been regrouped and expanded into six in the current version of the FEA.

    Alliant 2 GWAC Unrestricted Master Contract 24

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    With edits for brevity, the following reference model summarized descriptions were taken from OMB’s FEA Consolidated Reference Model Document Version 2. dated January 29, 2013.

    Significantly more detail about the structure, taxonomy, and associated methods of the reference models is available online: See Attachment J-8 Website References.

    The motivating purpose of adopting The FEA as scope guidance is to help establish business driver alignment with any number of the reference models which support all possible underlying technologies required to meet anagency objective as well as offering the baseline for the technical vocabulary required in any given task.

    Performance Reference Model (PRM)The PRM is designed to provide linkage between investments or activities and the strategic vision established by agencies and the Federal government. Historically, linking information management investments and activities has been anecdotal due to a lack of standard approach to describing Agency and cross agency performance attributes. The GPRA Modernization Act of 2010 requires the government to publish performance information through a central web site and make strategic plans and performance reports available in machine readable formats. This advance enables more

    Alliant 2 GWAC Unrestricted Master Contract 25

  • GSA ALLIANT 2 UNRESTRICTED GWAC SECTION C - CONTRACT SCOPE OF WORK AND PERFORMANCE WORK STATEMENT

    comprehensive and consistent linking of investments and activities to Agency strategic goals and objectives, Agency priority Goals, Cross Agency Priority goals and management areas of focus. The PRM leverages the requirementsof the GPRA Modernization Act to establish mechanisms to link directly tothe authoritative performance elements published in compliance with the law and provides the means for use of future developments in the mandated central performance website Performance.gov.

    There are three areas to the Performance Reference Model. The first is the Goal. This enables grouping of investments and activities through a common and authoritative framework established by agencies in compliance with OMB direction and the GPRA Modernization Act. It allows the identification of common performance elements across investments or activities, and in the future, will enable cross platform information linkages between systems such as Performance.gov and the IT Dashboard.

    This linkage provides the logical relationships necessary to consistently provide much richer insights into details of the supported performance areas than previously feasible.

    The second area of the Performance Reference Model is Measurement Area. This describes the manner in which the investment or activity supports the achievement of the supported performance element identified by the Agency Goal. Measurement Areas apply to the more detailed performance indicators associated with the investment of activity rather than the functions of the investment or activity. Investment or activity performance indicators should have a clear linkage to the activities, of course, but it is important to recognize that investments or activities may align to multiple measurement areas.

    The third area, Measurement Category, refines Measurement Area. AnyMeasurement Category may be applied to any Goal.

    The PRM, like all other reference models, is intended to work in concert with other reference models.